Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2008 FBO #2370
SOLICITATION NOTICE

20 -- Moisture Separator

Notice Date
5/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332313 — Plate Work Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-08-Q-41148
 
Response Due
5/30/2008
 
Point of Contact
Stefanie W Schmitz,, Phone: 410-762-6445
 
E-Mail Address
Stefanie.W.Schmitz@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
(i)This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii)Solicitation number HSCG40-08-Q-41148 applies, and is issued as a Request for Quotation. (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. (iv)The North American Industry Classification System (NAICS) code is 332313 and the business size standard is 500 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. It is anticipated that a non-competitive sole source contract will be issued for these items to: Peerless Manufacturing Company in Dallas, TX or their authorized distributor I.A.W. FAR 6.302-1. (v)ITEM 0001, ACN 4330 01-LG8-9161, Moisture separator, 205 CFM, 14 5/8”wide X 12 1/2" high overall Dim., 3 stage, 770 ft per min. 12.8 ft Per Sec. Face Velocity, 0.8" press drop in water gage, 0.26 sq ft. clear area, aluminum construction, marine use, 316 SST all hardware, paint powder coat, white finish, size, quantity and configuration of unit shall be in accordance with SPEC. 210 MEP-512-001, Table No. 1 and Coast Guard drawing 618-WMEC-512-025 REV A, consist of two sets of vertically arranged vanes with moisture collecting pockets and a filter coalescer panel removable. Unit to be complete with trough and drain fittings both sides, gaskets and covers where specified. Unit No. 02-81-2 (PORT). Quantity 1 EA. Required Delivery: 10/1/08; ITEM 0002, ACN 4330 01-LG8-9167, Moisture Separator, 17,388 CFM 57 3/8” wide X 80 ½” high overall dim., 3 stage, 840 ft per min. 14 ft. per sec. Face Velocity, 1.0” press drop in water gage, 20.7 sq ft. clear area, aluminum construction, marine use, 316 SST all hardware, paint powder coat, white finish, size, quantity and configuration of unit shall be in accordance with SPEC. 210 MEP-512-001, Table No. 1 and Coast Guard Drawing 618-WMEC-512-025 Rev. A, consist of two sets of vertically arranged vanes with moisture collecting pockets and a filter coalescer panel removable. Unit to be complete with trough and drain fittings both sides, gaskets and covers where specified. Unit No. 02 LVL Mach Plenum Rm. Quantity 2 EA. Required Delivery: 10/1/08; ITEM 0003, ACN 4330 01-LG8-9168, Moisture Separator, 670 CFM, 16 5/8” wide X 20 1/8” high overall Dim., 3 stage, 770 ft per min. 12.8 ft per Sec. Face Velocity, 0.8” press drop in water gage,.87 sq ft. clear area, aluminum construction, marine use, 316 SST all hardware, paint powder coat, white finish, size, quantity and configuration of unit shall be in accordance with SPEC. 210-MEP512-001, table no. 1 and Coast Guard Drawing 618-WMEC-512-025 Rev A, consist of two sets of vertically arranged vanes with moisture collecting pockets and a filter coalescer panel removable. Unit to be complete with trough and drain fittings both sides, gaskets and (hinged) watertight cover specified. Unit No. 01-96-1 STBD. Quantity 1 EA. Required Delivery: 10/1/08; ITEM 0004, ACN 4330 01-LG8-9169, Moisture Separator, 3935 CFM, 21 1/16” wide X 40 ¼” wide X 42 7/16” high trapezoidal overall dim., 3 stage, 770 ft per min. 12.8 ft per sec. face velocity, 0.8” press drop in water gage, 5.11 sq ft clear area, aluminum construction, marine use, 316 SST all hardware, paint powder coat, white finish, size, quantity and configuration of unit shall be in accordance with SPEC. 210-MEp-512-001, Table No. 1 and Coast Guard Drawing 618-WMEC-512-025 Rev. A, consist of two sets of vertically arranged vanes with moisture collecting pockets and a filter coalescer panel removable. Unit to be complete with trough and drain fittings both sides, gaskets, and (removable) watertight cover specified. Unit No. 1-69-1 (STBD) Quantity 1 EA. Required Delivery: 10/1/08; ITEM 0005, ACN 4330 01-LG8-9176, Moisture Separator, 3095 CFM, 27 3/8” wide X 40 11/16” high overall Dim., 3 stage, 770 ft per min. 12.8 ft per sec. face velocity, 0.8” press drop in water gage, 4.02 sq ft clear area, aluminum construction, marine use, 316 SST all hardware, paint powder coat, white finish, size quantity and configuration of unit shall be in accordance with SPEC. 210-MEP-512-001, Table No. 1 and Coast Guard drawing 618-WMEC-512-025 Rev. A, consist of two sets of vertically arranged vanes with moisture collecting pockets and a filter coalescer panel removable. Unit to be complete with trough and drain fittings both sides, gaskets, and (removable) watertight cover specified. Unit No. 1-160-2 (PORT). Quantity 1 EA. Required Delivery: 10/1/08; ITEM 0006, ACN 4330 01-LG8-9180, Moisture Separator, 4096 CFM, 35 ½” wide X 39” high overall dim., 3 stage, 770 ft per min. 12.8 ft per sec. face velocity, 0.8” press drop in water gage, 5.32 sq ft clear area, aluminum construction, marine use, 316 SST all hardware, paint powder coat, white finish, size, quantity and configuration of unit shall be in accordance with SPEC. 210-MEP-512-001, table no. 1 and Coast Guard Drawing 618-WMEC-512-025 Rev A, consist of two sets of vertically arranged vanes with moisture collecting pockets and a filter coalescer panel removable. Unit to be complete with trough and drain fittings both sides, gaskets, and (hinged) watertight cover specified. Unit No. 1-164-2 (PORT). Quantity 1 EA. Required Delivery: 10/1/08; Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the items purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide new dates. (vi)CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS. PACKAGING: Each item as defined by its unit package quantity shall be “Individually Packaged”. Standard commercial is acceptable. Defined as the way items are packaged, sold and shipped over the commercial counter. It shall provide protection for multiple handling, shipment by any mode and storage periods for up to 1 year in enclosed facility and also be suitable for redistribution without any additional repackaging or marking. MARKINGS: In clear printed lettering each item as defined by it’s unit package quantity shall be individually marked or labeled with the following: Nomenclature, Stock No., MFG Part No., Cage Code (if known) and Purchase Order/Contract No. (vii) Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, Baltimore, MD 21226. Please quote prices FOB Destination. (viii)The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items. It is the Government's belief that only Peerless Manufacturing Co. and/or their authorized dealers /distributors /repair facilities can furnish the required parts and ensure the proper fit, form and function of all its components. Concerns having the expertise and required capabilities to furnish the below items are invited to submit complete information discussing the same in duplicate within 5 days of this announcement. This information must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. The submission of this data for review shall not impede award of this contract. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company’s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix)52.212-2 Evaluation-Commercial Items - Delivery, pricing consideration and past performance are evaluation factors. Delivery is slightly more important than price and past performance. This is a commercial item acquisition, evaluation and award procedures in FAR 13.106 apply. Award will be a best value decision and may be made to other than the lowest price. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. (x)FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with Alt 1 included are to be submitted with your offers. (xi)FAR 52.212-4 Contract Terms and Conditions-Commercial Items. applies to this acquisition. (xii)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items. The following clauses listed in 52.212-5 are incorporated: 52.219-28 Post Award Small Business Program Representation (15 U.S.C. 632(a)(2)); 52.222-3 Convict labor (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (EO 11755); 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-50, Combating Trafficking in Persons; 52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169); 52.225-13 Restrictions on Certain Foreign Purchases (April 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (July 2006)(21 U.S.C. 3332). (xiii)The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 - Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov. http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. (xiv)QUOTES ARE DUE BY 2:00 PM EST on May 30, 2008. Quotes may be faxed (410) 762-6008 or emailed to Stefanie.W.Schmitz@uscg.mil. (xv)POC is Stefanie Schmitz, Contract Specialist, 410-762-6445.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1e096c393bbf3ee36ef747e2efbb6492&tab=core&_cview=1)
 
Place of Performance
Address: 2401 Hawkins Point Road, Curtis Bay, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN01578198-W 20080523/080521220355-1e096c393bbf3ee36ef747e2efbb6492 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.